DOCUMENT
J -- Fuji CR Plate Reader Maintenance - Justification and Approval (J&A)
- Notice Date
- 10/1/2014
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
- ZIP Code
- 98662
- Archive Date
- 10/31/2014
- Point of Contact
- Dean Umathum
- E-Mail Address
-
dean.umathum@va.gov
(Dean.Umathum@va.gov)
- Small Business Set-Aside
- N/A
- Award Number
- VA260-15-P-3840
- Award Date
- 10/1/2014
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification and Approval Under Simplified Acquisition Procedures (SAP) Simplified Acquisition Threshold ($3K to $150K) For Restricting Competition under FAR 13.106-1(b)(1) "Single Source" 1.Contracting Activity: Department of Veterans Affairs, Network Contracting Office (NCO) 20, 5115 NE 82nd Ave. Vancouver, WA 98662 for the Walla Walla VA Medical Center. 2.Nature of the Action Being Processed: This action is for a new firm fixed price contract with Fujifilm Medical Systems USA Inc. for scheduled maintenance on two Fujifilm CR Plate Readers. 3.Description of Supplies or Services Required to Meet the Agency's Needs: This procurement under PR# 687-15-1-048-0006 is for the maintenance support on two Fujifilm CR Plate Readers. Preventative maintenance includes support for parts and repairs, software updates, onsite service repairs, telephone support and one annual preventative maintenance for each plate reader. These plate readers are used to read and process digital X-ray image information that are recorded on an imaging plate which are then used to diagnose patient health issues. The period of performance for this action is 10/01/2014 - 09/30/2015 with three one year option periods. The estimated value of this action is $73,476 inclusive of option periods. 4.Statutory Authority Permitting Restriction in Competition: The statutory authority for restricting competition under SAP, or Single Sourcing, for acquisitions under $150,000 or Simplified Acquisition Threshold (SAT) is 41 U.S.C. 253(c), as implemented by FAR 13.106-1(b)(1). The specific reason for restricting competition is only one responsible source and no other supplies or services will satisfy agency requirements. This justification is where in accordance with FAR 6.001(a), acquisitions conducted under FAR 13 for SAP are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303-2, IAW the VHA SOP for Other Than Full And Open Competition dated 3-22-2011. 5.Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): Fujifilm Medical System manufactures these CR Plate Readers. Fujifilm is the only authorized contractor that can provide all the necessary support, parts, and system upgrades due to proprietary rights; also, their business model is structured around authorized dealers who can sell this equipment, and provide limited support, but only on the equipment that the authorized dealer sold. If an authorized dealer were to provide this service it would be a breach of their dealer agreement between authorized dealers and Fujifilm America. 6.Description of Efforts Made to Ensure that Offers are Solicited from As Many Potential Sources as Deemed Practicable IAW FAR 13.104: Market research showed that the original equipment manufacturer is Fujifilm Medical. A sources sought notice was posted to GSA's eBUY from 07/09/2014 - 07/14/2014 and to Federal Business Opportunities (FBO) from 07/09/2014 - 07/16/2014. Both sources sought notices asked for interested contractors to provide capability statements. No response was received from either sources sought notice. Fujifilm medical was contacted and they provided a memorandum stating that they do not have authorized dealers available to provide this maintenance service and that they are the only contractor capable of fulfilling this specific requirement due to proprietary nature of their equipment and software. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable - IAW FAR 13.106-3: The price is considered fair and reasonable based on a comparison of previous purchases for similar services. Previous contract VA668-C01720 was for maintenance on three similar Fujifilm image readers incidental with Dell equipment at the Spokane VA Medical Center with a period of performance 03/01/2010 - 02/28/2015. The previous contract cost averaged $11,880.00 per image reader per year for maintenance and was determined to be fair on reasonable. The proposed new contract value is $73,476.00 with a period of performance 10/01/2014 - 09/30/2018. The average price per image reader on the new contract is $11,088.00 for the base year and option year one, $7,830.00 per image reader in option year 2, and $6,732.00 per reader for option year three. Average price per image reader Previous ContractNew contractPercentage less than previous contractDollar value less than previous contract Base Year$11,800.00 $ 11,088.00 6.03% $ 712.00 Option year one$11,800.00 $ 11,088.00 6.03% $ 712.00 Option year two$11,800.00 $ 7,830.00 33.64% $ 3,970.00 Option year three$11,800.00 $ 6,732.00 42.95% $ 5,068.00 Option year four$11,800.00 N/A N/A N/A 8.Description of the Market Research Conducted and the Results, or Statement of Reasons Market Research was not Conducted (FAR 10): As stated in section 6, sources sought notices were posted to GSA's eBUY and FBO to find capable sources of providing this service. No responses were received. The OEM, Fujifilm Medical was contacted and provided a memorandum stating there are no authorized subcontractors capable of providing service on their equipment. 9.Any Other Facts Supporting the Restriction of Competition: There are no other facts supporting the restriction of competition. 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: Fujifilm Medical is the only source that expressed an interest in this acquisition. 11.Statement of Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making Subsequent Acquisitions for the Supplies or Services Required: There are no actions that are currently being taken to remove or overcome any barriers to competition. 12.Requirements Certification - IAW FAR 6.303-2(c) : I certify that the requirement outlined in this justification is a bonafide need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge and belief. _//ES//______________________ _____07/29/2014__________ Name: Date Position: 13.Approvals IAW VHAPM, Volume Six, Chapter VI, SOP 3.2.1 and VHAPM, Volume 6, Chapter VI: OFOC SOP: a.Contracting Officer's Certification: (required) I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. //ES//_______________________ _07/29/2014_____________ Dean UmathumDate Contract Specialist NCO 20 Services Team 1 b.NCM/PCM/DESIGNEE: I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and recommend approval for other than full and open competition. //ES//________________ ____07/30/2014________ Jackie MerrimanDate NCO 20 Services Team 1 Manager
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4da0c49312d463ea19e3c35a670ac199)
- Document(s)
- Justification and Approval (J&A)
- File Name: VA260-15-P-3840 VA260-15-P-3840_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1661101&FileName=-4614.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1661101&FileName=-4614.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA260-15-P-3840 VA260-15-P-3840_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1661101&FileName=-4614.docx)
- Record
- SN03539613-W 20141003/141001234831-4da0c49312d463ea19e3c35a670ac199 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |